Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and

  • First published: 15 May 2014
  • Last modified: 15 May 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Office for National Statistics
Authority ID:
AA0356
Publication date:
15 May 2014
Deadline date:
12 June 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

IT services: consulting, software development, Internet and support. Office and computing machinery, equipment and supplies except furniture and software packages. Telecommunications services. Installation services of communications equipment. Printing and related services. Communication and multimedia software package. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Security software package. Computer network services. Hardware consultancy services. Business analysis consultancy services. Information systems or technology strategic review and planning services. Information technology requirements review services. Project management consultancy services. Software integration consultancy services. Hardware integration consultancy services. Help-desk and support services. Software consultancy services. Computer-related services. Computer equipment and supplies. Data-processing machines (hardware). Computer related equipment. Services related to printing. Networks. Networking, Internet and intranet software package. Maintenance services of telecommunications equipment. Repair and maintenance services of personal computers. File security software package. Data security software package. Security software development services. Data security software development services. Computer support and consultancy services. As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK's largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related.

The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh.

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority.

The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new se

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Office for National Statistics

Room D.221, Government Buildings, Cardiff Road

Newport

NP10 8XG

UK

prise.project.team@ons.gov.uk

Gary Williams

+44 1633456577

prise.project.team@ons.gov.uk


www.statistics.gov.uk

as above

www.delta-esourcing.com

www.delta-esourcing.com
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Non Departmental Government Body
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Office for National Statistics is the contracting authority that provides UK statistical and registration services.
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance



UKL21

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

IT services: consulting, software development, Internet and support. Office and computing machinery, equipment and supplies except furniture and software packages. Telecommunications services. Installation services of communications equipment. Printing and related services. Communication and multimedia software package. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Security software package. Computer network services. Hardware consultancy services. Business analysis consultancy services. Information systems or technology strategic review and planning services. Information technology requirements review services. Project management consultancy services. Software integration consultancy services. Hardware integration consultancy services. Help-desk and support services. Software consultancy services. Computer-related services. Computer equipment and supplies. Data-processing machines (hardware). Computer related equipment. Services related to printing. Networks. Networking, Internet and intranet software package. Maintenance services of telecommunications equipment. Repair and maintenance services of personal computers. File security software package. Data security software package. Security software development services. Data security software development services. Computer support and consultancy services. As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK's largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related.

The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh.

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority.

The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier(s) are expected to provide exit management services to transition the services to new suppliers.

II.1.6)

Common Procurement Vocabulary (CPV)

72000000
30000000
64200000
51300000
79800000
48500000
50300000
48730000
72700000
72100000
72221000
72222000
72223000
72224000
72227000
72228000
72253000
72266000
72500000
30200000
30210000
30230000
79820000
32400000
48200000
50330000
50320000
48731000
48732000
72212730
72212732
72600000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Please refer to Annex B on individual Lots and the Pre Qualification Questionnaire (PQQ) for further details on the scope of each of the three lots. For each Lot changes agreed over the duration of the contract may result in an increase or decrease to this estimated value. The estimated values are based on the Initial Term as defined in II.2.2 with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority.

13 000 00037 000 000
GBP

II.2.2)

Options

The ‘Initial Term' of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.

Provisional timetable for recourse to these options

66

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

66

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Where appropriate a performance bond or parent company guarantee or other form of security may be required depending upon the organisation's financial stability as set out in the Pre-Qualification Questionnaire (PQQ).

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details of financing conditions and payment arrangements will be outlined in the Pre-Qualification Questionnaire (PQQ).

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Potential suppliers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006 (as amended) on the basis of information provided in response to the Pre-Qualification Questionnaire (PQQ). Potential suppliers will be asked to confirm that none of the conditions set out in regulation 23 of the Public Contracts Regulation 2006 apply to their organisations.

III.2.2)

Economic and financial capacity


The minimum level(s) of standards required are as set out in the Pre- Qualification Questionnaire (PQQ). The PQQ is available electronically from the website stated in Section VI.3.



The minimum level(s) of standards required are as set out in the Pre- Qualification Questionnaire (PQQ). Access to the PQQ is available electronically from the website stated in Section VI.3.


III.2.3)

Technical capacity


(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;

(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;

(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;

(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;

(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;

(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;

(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;

(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;

(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;

(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

In considering whether the contracting authority is satisfied that the minimum standard for reliability based on past performance is met, the contracting authority reserves the right to verify the information required and to require the potential suppliers to clarify or supplement it.



As set out in the Pre- Qualification Questionnaire (PQQ). Access to the PQQ is available electronically from the website stated in Section VI.3.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

57

Objective criteria for choosing the limited number of candidates

Envisaged minimum number 5: and maximum number 7.

Objective criteria for choosing the limited number of candidates: Selected Potential Service Providers will be issued an ITT following evaluation of responses to the PQQ. The contracting authority will rank Potential Service Providers relative to one another and it will then select a minimum of 5 and a maximum of 7 Potential Service Providers who will be issued with an ITT: Subject to (1) and (2) below Potential Service Providers must pass the minimum threshold (as set in the PQQ);

(1) In the event that less than 5 Potential Service Providers pass the minimum threshold then the contracting authority reserves the right to select the 5 top scoring Potential Service Providers. See section 2.7.1.1 in "Evaluation of Bidder Organisation" word document.

(2) In the event that more than 7 Potential Service Providers exceed the minimum threshold then the contracting authority will only select the 7 highest scoring Potential Service Providers. See section 2.7.1.5 in "Evaluation of Bidder Organisation" word document.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 27-043139 07-02-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 11-06-2014  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 12-06-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

The contracting authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process in each case without liability on the part of the contracting authority. Potential suppliers should note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this procurement.

To register your Expression of Interest in this Contract Notice please register your company on the Delta eSouring portal (this is only required once) using https://www.delta-esourcing.com and click the link to register. If you require further information and or assistance please email the online help desk at: helpdesk@delta-esourcing.com or contact Tel: +44 8452707050

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Newport:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./X23QHWNC3X

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/X23QHWNC3X

GO Reference: GO-2014512-PRO-5663896

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Office for National Statistics

Government Buildings, Cardiff Road

Newport

NP10 8XG

UK

prise.project.team@ons.gov.uk

+44 1633456577

www.statistics.gov.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The contracting authority shall comply with the requirements of Regulation 29a and 32 of the Public Contracts Regulations 2006 (which incorporates Diective 2004 /18/EC into English law), as amended to incorporate the requirements of the Remedies Directive (2007/66/EC) and subsequent amendments, when notifying economic operators of the outcome of this procurement.

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Office for National Statistics

Government Buildings, Cardiff Road

Newport

NP10 8XG

UK

prise.project.team@ons.gov.uk

+44 1633456577

www.statistics.gov.uk

VI.5)

Dispatch date of this Notice

 12-05-2014

ANNEX B

Information About Lots

1     End User Computing and related Services

1)

Short Description

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015 The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. Lot 1 covers the procurement of End User Computing Services and related services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 1 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

2)

Common Procurement Vocabulary (CPV)

72000000
30000000
79800000
48500000
50300000
48730000
72100000
72221000
72222000
72223000
72224000
72227000
72253000
72500000
30200000
30230000
79820000
50320000
48731000
48732000
72600000

3)

Quantity or scope

Please refer to the PQQ for further details on the scope of Lot 1. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 1 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value.



6 000 00021 000 000  GBP.

4)

Indication about different contract dates

66

5)

Additional Information about lots

The ‘Initial Term' of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority.

ANNEX B

Information About Lots

2     Networks and Telecommunications and related Services

1)

Short Description

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. The SIAM function will be provided within the contracting authority. Lot 2 covers the procurement of Networks and Telecommunications and related Services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 2 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

2)

Common Procurement Vocabulary (CPV)

64200000
51300000
48500000
50300000
72700000
72100000
72221000
72222000
72223000
72224000
72227000
72228000
72253000
32400000
48200000
50330000
48732000

3)

Quantity or scope

Please refer to the PQQ for further details on the scope of Lot 2. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 2 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value.



4 000 0009 000 000  GBP.

4)

Indication about different contract dates

66

5)

Additional Information about lots

The ‘Initial Term' of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.

ANNEX B

Information About Lots

3     Protective Monitoring and related Services

1)

Short Description

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. Lot 3 covers the procurement of Protective Monitoring and related Services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 3 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

2)

Common Procurement Vocabulary (CPV)

72000000
48730000
72221000
72222000
72223000
72224000
72227000
72253000
48732000
72212730

3)

Quantity or scope

Please refer to the PQQ for further details on the scope of Lot 3. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 3 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value.



3 000 0007 000 000  GBP.

4)

Indication about different contract dates

66

5)

Additional Information about lots

The ‘Initial Term' of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.


Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
48500000 Communication and multimedia software package Software package and information systems
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
72700000 Computer network services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
30230000 Computer-related equipment Computer equipment and supplies
72500000 Computer-related services IT services: consulting, software development, Internet and support
72212732 Data security software development services Programming services of application software
48732000 Data security software package Security software package
30210000 Data-processing machines (hardware) Computer equipment and supplies
48731000 File security software package Security software package
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72228000 Hardware integration consultancy services Systems and technical consultancy services
72253000 Helpdesk and support services System and support services
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72223000 Information technology requirements review services Systems and technical consultancy services
51300000 Installation services of communications equipment Installation services (except software)
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
48200000 Networking, Internet and intranet software package Software package and information systems
32400000 Networks Radio, television, communication, telecommunication and related equipment
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
72224000 Project management consultancy services Systems and technical consultancy services
50320000 Repair and maintenance services of personal computers Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
72212730 Security software development services Programming services of application software
48730000 Security software package Software package utilities
79820000 Services related to printing Printing and related services
72266000 Software consultancy services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
64200000 Telecommunications services Postal and telecommunications services

Delivery locations

ID Description
1021 Monmouthshire and Newport

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
prise.project.team@ons.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.